Loading...
Sunbeam Solar Technologies DBA Sunbeam Consulting (2014) FY 2012-13 Project 1111 •CITY OF RANCHO PALOS VERDES DESIGN PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT ("Agreement") is made and entered into this fifteenth day of April, 2014, by and between the City of Rancho Palos Verdes (hereinafter referred to as the "CITY") and Sunbeam Solar Technologies, Inc. DBA Sunbeam Consulting (hereafter referred to as "CONSULTANT"). IN CONSIDERATION of the covenants hereinafter set forth, the parties hereto agree as follows: ARTICLE 1 SCOPE OF SERVICES 1.1 Project Description The Project is described as follows: Fiscal Year 2012-13 Residential Streets Rehabilitation Project, Areas 1 and 5B. 1.2 Description of Services CONSULTANT shall provide professional design and engineering services, as described in the CITY's Request For Proposals, which is attached hereto as Exhibit "A" and incorporated herein by this reference, and in CONSULTANT's Proposal, which is attached hereto as Exhibit"B" and incorporated herein by this reference. In the event of any conflict between the terms of this Agreement and incorporated documents, the terms of this Agreement shall control. In the event of any conflict between Exhibits "A" and "B," the terms of Exhibit "A" shall control. 1.3 Schedule of Work Upon receipt of written Notice to Proceed from the CITY, CONSULTANT shall perform with due diligence the services requested by the CITY. Time is of the essence in this Agreement. CONSULTANT shall not be responsible for delay, nor shall CONSULTANT be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of CITY to furnish timely information or to approve or disapprove CONSULTANT's work promptly, or delay or faulty performance by CITY, other consultants/contractors, or governmental agencies, or any other delays beyond CONSULTANT's control or without CONSULTANT's fault. ARTICLE 2 COMPENSATION 2.1 Fee CITY agrees to compensate CONSULTANT an amount not to exceed three hundred nineteen thousand seven hundred dollars ($319,700)for services as described in Article 1. 1 i 411/ • 2.2 Terms of Compensation CONSULTANT shall submit monthly invoices for the percentage of work completed in the previous month. CITY agrees to authorize payment for all undisputed invoice amounts within thirty (30) days of receipt of each invoice. CITY agrees to use its best efforts to notify CONSULTANT of any disputed invoice amounts or claimed completion percentages within ten (10) days of the receipt of each invoice. However, CITY's failure to timely notify CONSULTANT of a disputed amount or claimed completion percentage shall not be deemed a waiver of CITY's right to challenge such amount or percentage. Additionally, in the event CITY fails to pay any undisputed amounts due CONSULTANT within forty-five (45) days after invoices are received by CITY then CITY agrees that CONSULTANT shall have the right to consider said default a total breach of this Agreement and be terminated by CONSULTANT without liability to CONSULTANT upon ten (10)working days advance written notice. 2.3 Prevailing Wages CITY and CONSULTANT acknowledge that this project is a public work to which prevailing wages apply. The Terms for Compliance with California Labor Law Requirements is attached hereto as Exhibit"C" and incorporated herein by this reference. 2.4 Additional Services CITY may request additional specified work under this Agreement. All such work must be authorized in writing by the CITY's Director of Public Works prior to commencement. CONSULTANT shall perform such services, and CITY shall pay for such additional services in accordance with CONSULTANT's Schedule of Hourly Rates, which is within Exhibit"B,"which in any case shall meet or exceed prevailing wage rates. The rates in Exhibit"B" shall be in effect through the end of this Agreement. 2.5 Term of Agreement This Agreement shall commence on April 16th, 2014 and shall terminate on April 15th, 2015 unless sooner terminated pursuant to Article 4 of this Agreement. ARTICLE 3 INDEMNIFICATION AND INSURANCE 3.1 Indemnification, Hold Harmless, and Duty to Defend (a) Indemnity for Design Professional Services. In connection with its design professional services and to the maximum extent permitted by law, CONSULTANT shall hold harmless and indemnify CITY, and its officials, officers, employees, agents and independent contractors serving in the role of CITY officials, and designated volunteers (collectively, "Indemnitees"), with respect to any and all claims, Page 2 of 11 R6876-000111656345v1.doc Agreement for Design Professional Services • demands, causes of action, damages, injuries, liabilities, losses, costs or expenses, including reimbursement of attorneys' fees and costs of defense (collectively, "Claims" hereinafter), including but not limited to Claims relating to death or injury to any person and injury to any property, which arise out of, pertain to, or relate to in whole or in part to the negligence, recklessness, or willful misconduct of CONSULTANT or any of its officers, employees, subcontractors, or agents in the performance of its design professional services under this Agreement. (b) Other Indemnities. In connection with any and all claims, demands, causes of action, damages, injuries, liabilities, losses, costs or expenses, including attorneys' fees and costs of defense (collectively, "Damages" hereinafter) not covered by Section 3.1(a), and to the maximum extent permitted by law, CONSULTANT shall defend, hold harmless and indemnify the Indemnitees with respect to any and all Damages, including but not limited to, Damages relating to death or injury to any person and injury to any property, which arise out of, pertain to, or relate to the acts or omissions of CONSULTANT or any of its officers, employees, subcontractors, or agents in the performance of this Agreement, except for such loss or damage arising from the sole negligence or willful misconduct of the CITY, as determined by final arbitration or court decision or by the agreement of the parties. CONSULTANT shall defend Indemnitees in any action or actions filed in connection with any such Damages with counsel of CITY's choice, and shall pay all costs and expenses, including all attorneys' fees and experts' costs actually incurred in connection with such defense. Consultant's duty to defend pursuant to this Section 3.1(b) shall apply independent of any prior, concurrent or subsequent misconduct, negligent acts, errors or omissions of Indemnitees. (c) All duties of CONSULTANT under Section 3.1 shall survive termination of this Agreement. 3.2 General Liability CONSULTANT shall at all times during the term of the Agreement carry, maintain, and keep in full force and effect, a policy or policies of Commercial General Liability Insurance, with minimum limits of one million dollars ($1,000,000) for each occurrence and two million dollars($2,000,000)general aggregate for bodily injury, death, loss or property damage for products or completed operations and any and all other activities undertaken by CONSULTANT in the performance of this Agreement. Said policy or policies shall be issued by an insurer admitted or authorized to do business in the State of California and rated in A.M. Best's Insurance Guide with a rating of A:VII or better. 3.3 Professional Liability CONSULTANT shall at all times during the term of this Agreement, carry, maintain, and keep in full force and effect a policy or policies of professional liability insurance with a minimum limit of one million dollars ($1,000,000) per claim and aggregate for errors and/or omissions of CONSULTANT in the performance of this Page 3 of 11 R6876-000111656345v1.doc Agreement for Design Professional Services • Agreement. Said policy or policies shall be issued by an insurer admitted or authorized to do business in the State of California and rated in Best's Insurance Guide with a rating of A:VII or better. If a "claims made" policy is provided, such policy shall be maintained in effect from the date of performance of work or services on the CITY's behalf until three (3) years after the date of work or services are accepted as completed. Coverage for the post-completion period may be provided by renewal or replacement of the policy for each of the three (3) years or by a three-year extended reporting period endorsement, which reinstates all limits for the extended reporting period. If any such policy and/or policies have a retroactive date, that date shall be no later than the date of first performance of work or services on behalf of the CITY. Renewal or replacement policies shall not allow for any advancement of such retroactive date. 3.4 Automobile Liability CONSULTANT shall at all times during the term of this Agreement obtain, maintain, and keep in full force and effect, a policy or policies of Automobile Liability Insurance, with minimum of one million dollars ($1,000,000) per claim and occurrence and two million dollars ($2,000,000) in the aggregate for bodily injuries or death of one person and five hundred thousand dollars ($500,000) for property damage arising from one incident. Said policy or policies shall be issued by an insurer admitted or authorized to do business in the State of California and rated in A.M. Best's Insurance Guide with a rating of A:VII or better. 3.5 Worker's Compensation CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation insurance as required by the law. CONSULTANT shall require any subcontractor similarly to provide such compensation insurance for their respective employees. 3.6 Notice of Cancellation (a) All insurance policies shall provide that the insurance coverage shall not be cancelled or modified by the insurance carrier without thirty(30)days prior written notice to CITY, or ten (10) days notice if cancellation is due to nonpayment of premium. Additionally, CONSULTANT shall provide immediate notice to the CITY if CONSULTANT receives a cancellation or policy revision notice from the insurer. (b) CONSULTANT agrees that it will not cancel or reduce any required insurance coverage. CONSULTANT agrees that if it does not keep the aforesaid insurance in full force and effect, CITY may either immediately terminate this Agreement or, if insurance is available at a reasonable cost, CITY may take out the necessary insurance and pay, at CONSULTANT's expense, the premium thereon. Page 4 of 11 R6876-000111656345v1.doc Agreement for Design Professional Services 3.7 Entire Policy and Certificate of Insurance At all times during the term of this Agreement, CONSULTANT shall maintain on file with the CITY Clerk both a copy of the entire policy and a certificate of insurance showing that the aforesaid policies are in effect in the required amounts. The commercial general liability policy shall contain endorsements naming the CITY, its officers, agents and employees as additional insureds. 3.8 Primary Coverage The insurance provided by CONSULTANT shall be primary to any coverage available to CITY. The insurance policies (other than workers compensation and professional liability) shall include provisions for waiver of subrogation. ARTICLE 4 TERMINATION 4.1 Termination of Agreement (a) This Agreement may be terminated at any time, with or without cause, by the CITY upon thirty (30) days prior written notice or by CONSULTANT upon ninety (90) days prior written notice. Notice shall be deemed served if completed in compliance with Section 6.15. (b) In the event of termination or cancellation of this Agreement by CONSULTANT or CITY, due to no fault or failure of performance by CONSULTANT, CONSULTANT shall be paid compensation for all services performed by CONSULTANT, in an amount to be determined as follows: for work satisfactorily done in accordance with all of the terms and provisions of this Agreement as determined by the CITY, CONSULTANT shall be paid an amount equal to the percentage of services performed prior to the effective date of termination or cancellation in accordance with the work items; provided, in no event shall the amount of money paid under the foregoing provisions of this paragraph exceed the amount which would have been paid to CONSULTANT for the full performance of the services described in this Agreement. ARTICLE 5 OWNERSHIP OF DOCUMENTS 5.1 Ownership of Documents and Work Product All final documents, plans, specifications, reports, information, data, exhibits, photographs, images, video files and media created or developed by CONSULTANT pursuant to this Agreement ("Written Products") shall be and remain the property of the CITY without restriction or limitation upon its use, duplication or dissemination by the CITY. All Written Products shall be considered "works made for hire,"and all Written Products and any and all intellectual property rights arising from their creation, including, but not limited to, all copyrights and other proprietary rights, shall be Page 5 of 11 R6876-0001\1656345v1.doc Agreement for Design Professional Services and remain the property of the CITY without restriction or limitation upon their use, duplication or dissemination by the CITY. CONSULTANT shall not obtain or attempt to obtain copyright protection as to any Written Products. CONSULTANT hereby assigns to the CITY all ownership and any and all intellectual property rights to the Written Products that are not otherwise vested in the CITY pursuant to the paragraph directly above this one. CONSULTANT warrants and represents that it has secured all necessary licenses, consents or approvals to use any instrumentality, thing or component as to which any intellectual property right exists, including computer software, used in the rendering of the services and the production of all Written Products produced under this Agreement, and that the CITY has full legal title to and the right to reproduce the Written Products. CONSULTANT shall defend, indemnify and hold the CITY, and its elected officials, officers, employees, servants, attorneys, designated volunteers, and agents serving as independent contractors in the role of CITY officials, harmless from any loss, claim or liability in any way related to a claim that CITY's use of any of the Written Products is violating federal, state or local laws, or any contractual provisions, or any laws relating to trade names, licenses, franchises, copyrights, patents or other means of protecting intellectual property rights and/or interests in products or inventions. CONSULTANT shall bear all costs arising from the use of patented, copyrighted, trade secret or trademarked documents, materials, equipment, devices or processes in connection with its provision of the services and Written Products produced under this Agreement. In the event the use of any of the Written Products or other deliverables hereunder by the CITY is held to constitute an infringement and the use of any of the same is enjoined, CONSULTANT, at its expense, shall: (a) secure for CITY the right to continue using the Written Products and other deliverables by suspension of any injunction, or by procuring a license or licenses for CITY; or (b) modify the Written Products and other deliverables so that they become non-infringing while remaining in compliance with the requirements of this Agreement. This covenant shall survive the termination of this Agreement. Upon termination, abandonment or suspension of the Project, the CONSULTANT shall deliver to the CITY all Written Products and other deliverables related to the Project without additional cost or expense to the CITY. If CONSULTANT prepares a document on a computer, CONSULTANT shall provide CITY with said document both in a printed format and in an electronic format that is acceptable to the CITY. ARTICLE 6 GENERAL PROVISIONS 6.1 Representation The CITY representative shall be the Director of Public Works or his or her designee, and CONSULTANT shall notify CITY of CONSULTANT's designated Page 6 of 11 R6876-0001\1656345v1.doc Agreement for Design Professional Services 0 representative. These individuals shall be the primary contact persons for the parties regarding performance of this Agreement. 6.2 Fair Employment Practices/Equal Opportunity Acts In the performance of this Agreement, CONSULTANT shall comply with all applicable provisions of the California Fair Employment Practices Act (California Government Code Sections 12940-48), the applicable equal employment provisions of the Civil Rights Act of 1964 (42 U.S.C. 200e-217), and the Americans with Disabilities Act of 1990 (42 U.S.C. § 11200, et seq.). 6.3 Audit The CITY or its representative shall have the option of inspecting, auditing, or inspecting and auditing all records and other written materials used by CONSULTANT in preparing its billings to the CITY as a condition precedent to any payment to CONSULTANT. CONSULTANT will promptly furnish documents requested by the CITY. Additionally, CONSULTANT shall be subject to State Auditor examination and audit at the request of the CITY or as part of any audit of the CITY, for a period of three (3) years after final payment under this Agreement. 6.4 Personnel CONSULTANT represents that it has, or shall secure at its own expense, all personnel required to perform CONSULTANT's services under this Agreement. Any person who performs engineering services pursuant to this Agreement shall be licensed as a Civil Engineer by the State of California and in good standing. CONSULTANT shall make reasonable efforts to maintain the continuity of CONSULTANT's staff who are assigned to perform the services hereunder and shall obtain the approval of the Director of Public Works of all proposed staff members who will perform such services. CONSULTANT may associate with or employ associates or subcontractors in the performance of its services under this Agreement, but at all times shall CONSULTANT be responsible for its associates and subcontractors' services. 6.5 CONSULTANT's Representations CONSULTANT represents, covenants and agrees that: a) CONSULTANT is licensed, qualified, and capable of furnishing the labor, materials, and expertise necessary to perform the services in accordance with the terms and conditions set forth in this Agreement; b) there are no obligations, commitments, or impediments of any kind that will limit or prevent CONSULTANT's full performance under this Agreement; c) to the extent required by the standard of practice, CONSULTANT has investigated and considered the scope of services performed, has carefully considered how the services should be performed, and understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. Page 7 of 11 R6876-000111656345v1.doc Agreement for Design Professional Services • • 6.6 Conflicts of Interest CONSULTANT agrees not to accept any employment or representation during the term of this Agreement or within twelve (12) months after completion of the work under this Agreement which is or may likely make CONSULTANT "financially interested" (as provided in California Government Code Sections 1090 and 87100)in any decisions made by CITY on any matter in connection with which CONSULTANT has been retained pursuant to this Agreement. 6.7 Legal Action (a) Should either party to this Agreement bring legal action against the other, the validity, interpretation, and performance of this Agreement shall be controlled by and construed under the laws of the State of California, excluding California's choice of law rules. Venue for any such action relating to this Agreement shall be in the Los Angeles County Superior Court. (b) If any legal action or other proceeding, including action for declaratory relief, is brought for the enforcement of this Agreement or because of an alleged dispute, breach, default or misrepresentation in connection with this Agreement, the prevailing party shall be entitled to recover reasonable attorneys' fees, experts' fees, and other costs, in addition to any other relief to which the party may be entitled. (c) Should any legal action about a project between CITY and a party other than CONSULTANT require the testimony of CONSULTANT when there is no allegation that CONSULTANT was negligent, CITY shall compensate CONSULTANT for its testimony and preparation to testify at the hourly rates in effect at the time of such testimony. 6.8 Assignment Neither this Agreement nor any part thereof shall be assigned by CONSULTANT without the prior written consent of the CITY. Any such purported assignment without written consent shall be null and void, and CONSULTANT shall hold harmless, defend and indemnify the CITY and its officers, officials, employees, agents and representatives with respect to any claim, demand or action arising from any unauthorized assignment. Notwithstanding the above, CONSULTANT may use the services of persons and entities not in CONSULTANT's direct employ, when it is appropriate and customary to do so. Such persons and entities include, but are not necessarily limited to, surveyors, specialized consultants, and testing laboratories. CONSULTANT's use of subcontractors for additional services shall not be unreasonably restricted by the CITY provided CONSULTANT notifies the CITY in advance. Page 8 of 11 R6876-000111656345v1.doc Agreement for Design Professional Services 4111 6.9 Independent Contractor CONSULTANT is and shall at all times remain, as to the CITY, a wholly independent contractor. Neither the CITY nor any of its agents shall have control over the conduct of CONSULTANT or any of the CONSULTANT's employees, except as herein set forth, and CONSULTANT is free to dispose of all portions of its time and activities which it is not obligated to devote to the CITY in such a manner and to such persons, firms, or corporations as the CONSULTANT wishes except as expressly provided in this Agreement. CONSULTANT shall have no power to incur any debt, obligation, or liability on behalf of the CITY or otherwise act on behalf of the CITY as an agent. CONSULTANT shall not, at any time or in any manner, represent that it or any of its agents, servants or employees, are in any manner agents, servants or employees of CITY. CONSULTANT agrees to pay all required taxes on amounts paid to CONSULTANT under this Agreement, and to indemnify and hold the CITY harmless from any and all taxes, assessments, penalties, and interest asserted against the CITY by reason of the independent contractor relationship created by this Agreement. CONSULTANT shall fully comply with the workers'compensation law regarding CONSULTANT and its employees. CONSULTANT further agrees to indemnify and hold the CITY harmless from any failure of CONSULTANT to comply with applicable workers' compensation laws. The CITY shall have the right to offset against the amount of any fees due to CONSULTANT under this Agreement any amount due to the CITY from CONSULTANT as a result of its failure to promptly pay to the CITY any reimbursement or indemnification arising under this Article. 6.10 Titles The titles used in this Agreement are for general reference only and are not part of the Agreement. 6.11 Entire Agreement This Agreement, including any other documents incorporated herein by specific reference, represents the entire and integrated agreement between CITY and CONSULTANT and supersedes all prior negotiations, representations or agreements, either written or oral. This Agreement may be modified or amended, or provisions or breach may be waived, only by subsequent written agreement signed by both parties. 6.12 Construction In the event of any asserted ambiguity in, or dispute regarding the interpretation of any matter herein, the interpretation of this Agreement shall not be resolved by any rules of interpretation providing for interpretation against the party who causes the uncertainty to exist or against the party who drafted the Agreement or who drafted that portion of the Agreement. Page 9 of 11 R6876-0001\1656345v1.doc Agreement for Design Professional Services 0 • 6.13 Non-Waiver of Terms, Rights and Remedies Waiver by either party of any one or more of the conditions of performance under this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by the CITY of any payment to CONSULTANT constitute or be construed as a waiver by the CITY of any breach of covenant, or any default which may then exist on the part of CONSULTANT, and the making of any such payment by the CITY shall in no way impair or prejudice any right or remedy available to the CITY with regard to such breach or default. 6.14 Severability If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 6.15 Notice Except as otherwise required by law, any payment, notice or other • communication authorized or required by this Agreement shall be in writing and shall be deemed received on (a) the day of delivery if delivered by hand or overnight courier service during CITY's regular business hours or (b) on the third business day following deposit in the United States mail, postage prepaid, to the addresses listed below, or at such other address as one party may notify the other: To CITY: Michael W. Throne, Director of Public Works City of Rancho Palos Verdes 30940 Hawthorne Blvd. Rancho Palos Verdes, CA 90275 To CONSULTANT: Derry MacMahon, Vice President Sunbeam Consulting 4315 East 1st Street Long Beach, CA 90803 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the date and year first above written. Page 10 of 11 R6876-000111656345v1.doc Agreement for Design Professional Services • Dated: SUNBEAM SOLAR TECHNOLOGIES, INC. D: A U B AM CONSULTING ("CO ") By. to Printed Name: /' Title: 016e "?'.• -� By: At_ /Pa.- Printed Name: 0 i'4 /rf////oN Title: tjC' &c1iT# Dated: iV,z��,/ CITY OF RANCHO PALOS VERDES ("CITY") ATTEST: APPROV D AS TO FORM: By: lica:71/$11A,,,a1C— City Clerk City Attorney Page 11 of 11 R6876-000111656345v1.doc Agreement for Design Professional Services 0 • Exhibit "A": City's Request For Proposals Exhibit "A" R6876-0001\1656345v1.doc Agreement for Design Professional Services 0 • February 27, 2014 City of Rancho Palos Verdes Request for Proposal for Engineering Design Services The City of Rancho Palos Verdes requests proposals from selected qualified consulting engineering firms to provide design services related to the City's Residential Streets Rehabilitation Program. The successful firm will provide Engineering Design Services for the City's Residential Streets Rehabilitation Project for Fiscal Year 12-13, Areas I and 5B. The City is particularly looking for proposals with innovative and cost saving project approaches. To be considered for this project, submit four (4) copies of the proposal to the Department of Public Works, 30940 Hawthorne Blvd., Rancho Palos Verdes, CA 90275, Phone number(310) 544-5252, no later than 5:00PM, on Thursday, March 13, 2014. The pavement management plan has made preliminary recommendations for rehabilitation options as shown on the attached exhibit. The City wishes to obtain services to prepare and begin to implement a multi-year strategy to rehabilitate — both slurry seal and overlay — its residential streets based upon budget constraints, pavement design principles, and a desire to distribute construction projects equitably throughout the community. The City's budget for the proposed project is $1.6M. It is the City's desire to begin constructing improvements in late summer of 2014. The design services shall be complete by June 1, 2014. When evaluating the recommended project design, include analysis of whether it is advisable to separate the work into two separately-bid construction projects (e.g., the first phase focused primarily on concrete work, and the second phase primarily on asphalt), or if it is more advantageous to perform all of the construction work in one project. The scope of work is defined below. SCOPE OF WORK FIELD INVENTORY/PAVEMENT ANALYSIS • • City of Rancho Palos Verdes Request for Proposal Residential Streets Rehabilitation Program FY 12-13 2/27/2014 Page 2 of 10 A field inventory shall be conducted to review the preliminary analysis and to make a final recommendation as to the preferred method of rehabilitation. The Design Consultant shall deliver a written report of findings and recommendations generated from the field inventory. DESIGN SERVICES 1- Civil Design Services The units of quantities shall include: Crack Sealing LF of street Patching SF of patching Unclassified Excavation CY Rubber/Conventional Asphalt Tons Construct new Curb and Gutter LF Remove and replace damaged Curb and Gutter LF Construct curb drain EA Construct new Sidewalk SF Remove and replace damaged Sidewalk SF Remove and replace damaged Driveway Approach SF Cross-gutter SF ADA Ramp EACH ADA Ramp including spandrel EACH Cold Mill/Edge Mill SF Adjust manhole EACH Slurry Seal Type I with 2-1/2% latex E.L.T. or SF Centerline tie restoration EACH Traffic Loop Detector EACH Traffic Striping, markings, legends and RPM's L.S. Removal and Paint House Number L.S. Re-establish flow line LF Inventory of damaged/faded traffic and street signs EA The locations of patching, ADA Ramps, remove and construct cross-gutter per APWA std. Plan no. 122-1, remove and repair sidewalk, and construction of new and reconstructed curb and gutter shall be marked in the field, and an inventory of locations by street address shall be prepared. Include inventory of damaged, or no longer CA MUTCD-compliant, traffic and other street signs and show the locations on the plans. Also, note locations of street repair and curb and gutter repair due to root or other damage. Proposals shall include reviewing the existing pavement condition and making a recommendation as to the proposed slurry mix design and spread rate, overlay thickness, or if reconstruction is recommended. • 40 City of Rancho Palos Verdes Request for Proposal Residential Streets Rehabilitation Program FY 12-13 2/27/2014 Page 3 of 10 (a) Review existing records: Proposal shall include time to review existing records, including but not limited to the existing street construction plans, traffic plans, storm water runoff facility plans, street base maps and tax assessor maps. A number of these documents are on file with the Public Works Department. (b) Prepare construction plans as follows: All sheets are to be prepared in plan view only at 1" = 40' scale, with details as listed below, and as necessary to construct. For roadways to be reconstructed: Plan and profile sheets are required. Plans shall be at a 1" = 40' scale, shall include details as listed below and as necessary to construct. Plans for the slurry, overlay, and reconstruction shall include the following details: • Pavement thickness and calculations • Location of fabric material if applicable • P.C.C. access ramps, in accordance with City and ADA standards • Reconstruction of P.C.C. curb & gutter which may cause major disturbances in the street's ability to convey water runoff properly • Sidewalk and driveway approach repair locations, including whether replacement or grinding repair is needed, and noting where utility vaults, hand-holes, or other equipment adjustment must be coordinated • New curb and Gutter construction where no curb and gutter exist. • Asphalt Concrete leveling course and/or patching to address local failures and deformations • Areas to be removed and reconstructed, e.g. areas to be patched • Areas to be Crack Sealed • Areas of grinding (Curb Lines, Cross Gutters, Joins, Street Crown/Elevation Adjustments (if necessary)) • A method to maintain the drainage pattern and improve the condition of the paved shoulders and/or A.C. curb of streets without traditional P.C.C. curb & gutter • Locations where potential damage to tree roots as a result of performing repairs creates the need for tree to be assessed by an arborist • Utilities manholes, water& gas valves, and other utility access facilities within the overlay limits • Traffic striping • Inventory of damaged/faded/non-compliant traffic and street signs 0 City of Rancho Palos Verdes Request for Proposal Residential Streets Rehabilitation Program FY 12-13 2/27/2014 Page 4 of 10 At this time it appears that there are no streets that will be reconstructed. It is possible, however, that upon review, a number of roadways may be determined to require reconstruction. Accordingly, proposals shall include a per sheet additive cost to accommodate this uncertainty. All plans shall be delivered to the City in both printed and electronic formats. Electronic submittals shall include *.pdf and *.dwg files and shall be compatible with the City's GIS system. (c) Prepare Engineer's Estimate. (d) Prepare technical specifications and special provisions: Specifications shall be delivered to the City both in printed format and on CD. All documents shall be prepared in Microsoft Word format. Any other computer generated documents, including plans and calculations, shall be submitted on CD in a format acceptable to the City of Rancho Palos Verdes (i.e. spreadsheets - Microsoft Excel and CAD drawings -AutoCAD). Specifications for this project shall contain requirements of the contractor consistent with the provisions of the National Pollutant Discharge Elimination System (NPDES), the Clean Water Act, and the APWA Green Book. (e)Attend pre-construction meeting(s): Attend bi-weekly meetings with City staff during the design phase, as well as the pre-construction meeting, or meetings if the construction of the project is broken into phases. (f) Final Deliverables &As-Builts: Prepare one set of reproducible plans for construction. At the end of the construction, prepare "As-Built" mylars and submit final drawings electronically on CD in CAD & PDF formats at the close of the project (g) Construction Project Schedule: Shall be created in MS Project and submitted in both electronic and hard copy format to the City. Shall take into account City holidays, street sweeping, and trash collection days. (h) Project Surveying: Using a State of CA licensed land surveyor(or CA registered civil engineer licensed prior to 1982), perform all surveying services needed for compliance with the Professional Land Surveyor's Act, including identification of all survey • City of Rancho Palos Verdes Request for Proposal Residential Streets Rehabilitation Program FY 12-13 2/27/2014 Page 5 of 10 monuments within the project area, restoring any survey monuments damaged or covered after project construction, and submitting all required documents with Los Angeles County for recordation. Clerical services and materials to carry out items above shall be incorporated into the costs of the appropriate items. FORM OF PROPOSAL The Proposal shall be prepared in a "two sealed envelope"format. The first sealed envelope shall contain the technical proposal and shall include: 1. Qualifications and experience of the key individuals assigned to this contract. 2. Qualifications and experience of the firm 3. Project Approach utilizing the outline of required work as listed above The second envelope shall contain the cost proposal and shall be outlined as indicated below: ..'F. wM1+..r,.':;::.;�,,.,.:+s..�...+r..r...n.. .. �^^�p�':AsY. .v..:. ••r�1R'Y..+t.'mM•Mn9NMv./..'mIrc '.��"� "6 fi.^v _ _- __"'_-�-�.�_...-'_�_'_'�- Y. .. , , : ,yt .�i,... '_. »: " Vii' �ti��j .. � _ • � __ _ Field Inventory/Pavement Analysis $ Time and Materials not to exceed amount Item 1- Civil Design Services Time and Materials not to (a) Review Existing Records $ exceed amount (b) Prepare Construction Plans $ (c) Prepare Engineer's Estimates $ (d) Prepare Technical Specifications and $ Special Provisions (e)Attend Pre-Construction Meeting(s) $ (f) Final Deliverables&As-Builts $ (g) Project Schedule $ (h) Project Surveying $ GRAND TOTAL $ 1110 City of Rancho Palos Verdes Request for Proposal Residential Streets Rehabilitation Program FY 12-13 2/27/2014 Page 6 of 10 EVALUATION PROCESS Technical proposals received will be evaluated on the following criteria: 1. Experience of firm in performing this type of service. 2. Relevant experience of individual team members assigned to the project. 3. Understanding of project as demonstrated by the thoroughness of the proposal, the introduction of innovative or cost-saving ideas, and the approach to the study or design. 4. References from clients for whom similar work was performed. 5. Depth of staff available to perform services. 6. Previous work in RPV performed by the firm. 7. Previous work in RPV performed by members of the team. 8. Project Schedule. 9. Interview(if applicable) All questions are to be submitted in writing to City of Rancho Palos Verdes Department of Public Works, 30940 Hawthorne Blvd., Rancho Palos Verdes, CA 90275, Attention: Melissa Countryman. Questions may be submitted via fax to (310) 544-5292 or e-mail to melissac(a rpv.com . All questions must be received by Friday, March 7, 2014. Please note that the responses to this request for proposal are subject to the following conditions: Insurance The City of Rancho Palos Verdes requires the selected firm to have a minimum of $1,000,000.00 of professional errors and omissions insurance and a minimum of $1,000,000.00 of automobile liability insurance prior to entering into an agreement with the City. Acceptance of Terms Submission of a proposal shall constitute acknowledgment and acceptance of all terms and conditions hereinafter set forth in the RFP unless otherwise expressly stated in the proposal. City of Rancho Palos Verdes Request for Proposal Residential Streets Rehabilitation Program FY 12-13 2/27/2014 Page 7 of 10 Right of Rejection by the City Not withstanding any other provisions of this RFP, the City reserves the right to reject any and all proposals and to waive any informality in a proposal. Financial Responsibility The proposer understands and agrees that the City shall have no financial responsibility for any costs incurred by the proposer in responding to this RFP. Interview If successful, the proposer will be invited to participate in an interview. The interview will be a part of the final selection process. Award of Contract The selected firm shall be required to enter into a written contract with the City of Rancho Palos Verdes, in a form approved by the City Attorney, to perform the prescribed work. This RFP and the proposal, or any part thereof, may be incorporated into and made a part of the final contract; however, the City reserves the right to further negotiate the terms and conditions of the contract with the selected consultant. The contract will, in any event, include a maximum "fixed cost" to the City of Rancho Palos Verdes. Conferences During the Proposal Preparation Period As of the issuance date of this RFP and continuing until the time for submitting proposal has expired, the City will provide relevant information and access to City facilities and documents as necessary for all proposers to familiarize themselves with the requirements set forth in the RFP. Access to City facilities shall be during normal business hours and will require at least twenty-four(24) hours advance notice. Number of Copies Required The proposer must submit four(4) copies of the proposal. Proposals must be received by the Department of Public Works, 30940 Hawthorne Blvd., Rancho Palos Verdes, CA 90275, phone number(310) 544-5252, by the deadline indicated in this RFP. 0 0 City of Rancho Palos Verdes Request for Proposal Residential Streets Rehabilitation Program FY 12-13 2/27/2014 Page 8 of 10 Exhibit A Residential Streets Rehabilitation Project FY 12-13 Program, Areas 1 and 5B 4 01414 7 '„.,- .. . AREA 1 ik 4a III ip Legend tiv., r 16101, ti...— , .cor .,._ , ....„ ,„,--,,, la „,-, s•,•7,. , N4)P al .......,,,_., 1 A-1 IR F,4610„i'-- � -� UN Mt ) . ----j?P< `% - ert Cs”-� HAWTHORNS BLVD t ��r 410 and cf°lb:1- 1S IhNT•01 II? AREA SB 1L, \. N PALOS VERDES DR WEST IN t Pavement Zones City of Rancho Palos Verdes Request for Proposal Residential Streets Rehabilitation Program FY 12-13 2/27/2014 Page 9 of 10 Exhibit B Listing of Streets in Areas 1 and 5B AREA 1: Ashfork P1 Montemalaga Dr(frontage road) Barkstone Dr Mossbank Dr Basswood Av Pembina Rd B ayri dg a Rd Sandbrook Dr Birchfield Av Shadow Wood Dr Birchmont Dr Shoreview Dr Capeswood Dr Shorewood Rd Clint P1 Silver Spur Rd (part of frontage road) Diversey Dr Spring Creek Rd Eau Claire Dr Via Sonoma Elmbank Rd Waukesha P1 Elkmont Dr Waupaca Rd Finecrest Dr Whitefox Dr Flambeau Rd Whitehorn Dr Fond du Lac Rd Whitestone Rd Freeport Rd Wildbriar Dr Graylog St Woodbrook Dr Grayslake Rd Woodfern Dr Groveoak PI Hawthorne Blvd (frontage road) Hyte Rd Indian Peak Rd Ironwood St Lightfoot P1 Littlebow Rd Manitowac Dr Mazur Dr Menominee PI Mesaba Dr City of Rancho Palos Verdes Request for Proposal Residential Streets Rehabilitation Program FY 12-13 2/27/2014 Page 10 of 10 AREA 5B: Alta Vista Dr Avenida Altisima Avenida Anillo Avenida Celestial Avenida Classica Avenida de Calma Avenida Elegante Avenida Esplendida Avenida Magnifica Avenida Refinida Avenida Selecta Avenida Tranquila Calle Cortada Calle de Suenos Calle del Pajarito Calle Entradero Calle la Resolana Calle Viento Calle Quieta Camino Pequeno Camino Porvenir Crest Rd (west of Hawthorne Blvd) Los Verdes Dr Pacifica Del Mar Paseo de la Luz Vallon Dr Via del Cielo Via la Cresta Via Vicente 0 • Exhibit "B": Consultant's Proposal and Schedule of Hourly Rates Exhibit "B" R6876-0001\1656345v1,doc Agreement for Design Professional Services 40 �- Sunbeam Consulting I� 4 315 E. 1st Street Long Beach, Cahfornia T r N G ifarnia 90803 C O Al March 13, 2014 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd Rancho Palos Verdes,CA 90275 Attention: Melissa Countryman RE: Engineering Design Services for the City of Rancho Palos Verdes Residential Streets Rehabilitation Project for Fiscal Year 12-13,Areas 1 and 5B Dear Mrs. Countryman: Sunbeam Consulting proposes to provide Professional Services to the City of Rancho Palos Verdes for the Residential Streets Rehabilitation Project for Fiscal Year 12-13, Areas 1 and SB. We appreciate the consideration and opportunity of providing these services to City of Rancho Palos Verdes. The principals of Sunbeam Consulting have decades of experience in civil engineering design, program management, project management, construction management, and inspection of Capital Improvement projects. We are able to assist the City of Rancho Palos Verdes in the required capacity, and draw upon additional resources if needed during the course of the assignment. We propose teaming with KDM Meridian to provide the professional surveying services for this project. Thank you for this opportunity to offer our services to the City of Rancho Palos Verdes. Should you have questions during the selection process, please contact me at 310.525.0681. Per the RFP, a fee proposal has been provided in a separately sealed envelope. - -ly, Derry MacMahon Vice President Sunbeam Consulting Project Management • Construction Management • Civil Engineering Design Tel: 866.714.BEAM • Fax: 310.329.1021 • www.sunbeamtech.net City of Rancho Palos Verdes I Engineering Design Services for CONST , Residential Streets Rehabilitation Project for Fiscal Year 12-13, Areas 1 and 5B CONSULT144 ‘. 1 NG Sunbeam Consultin Sunbeam Technologies, Inc., doing business as Sunbeam g Consulting, provides civil engineering, capital improvement project management, construction management and 4315 E. 1"Street inspection services to public agencies and private sectors in Long Beach CA 90803 addition to our founding energy related services. Sunbeam Technologies, Inc. was established in 2008 to provide Te1:866.714.BEAM engineering design, management, and contracting services to www.sunbeamtech.net public agencies, business, and private clients. Sunbeam's senior management offers decades of experience on public E-mail:chuck@sunbeamtech.net infrastructure and building projects with Southern California Direct: 310.525.0678 agencies. Contractor License No. • Civil Engineering 915894(A& B) • Project Management • Construction Management&Observation LEED Accredited Professionals • Staff Assistance California Registered Engineers • NPDES Program Implementation Qualified SWPPP Staff • ADA Assessment&Improvements • Plan Checking • Highway&Infrastructure Design • Storm Drainage &Design • Signing and Striping Plans • Parking Design&Analysis P A G E 2 . • 1/ '"` City of Rancho Palos Verdes• i Engineering Design Services for OSuTiResidential Streets Rehabilitation Project for Fiscal Year 12-13, Areas 1 and 5B SCOPE OF WORK Project Understanding The City of Rancho Palos Verdes plans to construct pavement rehabilitation, concrete curb, gutter, sidewalk and driveway repairs, and signing, striping and marking improvements on various residential streets in the City; namely, projects areas 1 and 5B. We note that the City has already constructed some sign and ADA curb ramp construction work in Area 5B, and this design will augment the work already done. aRv,.,, , •,1 lw # ' rte4 IFF yn 1„,.,''''.(,),17'"* o �� " / t!., '' • ; is w - 61:4„4. e4e v t ,...,..,,,,,,.. V yam. Y .: + +�' .. a .I.,-, - • , - •-.- -.4. , ,iowx,-- _ ,,. 1 -.- ,-'! . t.i -*l•a t "..,*7'''''';-,!**'..'. '4'0• .'[16 -74 •• ; :` »:., •- #.., ♦R �'•,� 'fir ;.. '-•_ •• r '14:::',744,".• '4".44'74',0 - :.":,.."s -/1) , t,"„-at.444-tic,,• ‘ , - . a , 7 ,,ft )4, ._.., --,v1,4-10TA.-.:7,,ek;:nt ,,,107 .-',„ :-...*:,'-.- , e., ,,-..,, . ., .,1/2074.,• - At, .,-... ..,., -...,,,,...„-#...., --- .,--, . -,..,...= ,-,s., . ; -,,,,,,,,,,,,,. • t'r� •�'� :'�)y i r•.. _- . .. R •♦b• -,-• x N x,y�- ."•" -� •~! ", ,♦ 41 r :..,... .'r�., .. , • • „try .-..:'4' '' ''.4r -.%;$ ....,.. -- , ..4.„4,,,, , .. ;-,f,: , — #.,--.4. • .,_,,, ‘ „,,, ,..,a, .._ . . .,.. r• • ..._ .,., 4, , '""*.:...... .-'-• ' * * .si* ' -, ' -1`...)g,,t*Ail*:,:; -T • , , ...•-, _'',... ,.. , ,. . .1,,,,''',.,k-,........... N..,• ..„',,, ..,‘„,,,, , "lir..,,,:il. .4 ' Or • . ., "71 ‘11 ,� tea: ,1.r ,...s • .w { ..• t• . 16 `.. ,.�w: • t,' ,I..' *♦t -•". • N. C ••'- .♦ ;��*`.Icy . •1 '.4 ! _r ,..',..--',,,We' ',.. w• _' *. ',..-"11111(. • ' • •1.- ) .w'. •1 7'.. . ,,,,, "...',7-,:;,,, ... ;,,f.::. ., ,, ., - A f , 4,„,.0•ie.—J.; •- •••,..,,;.-.....; i • ...,.. , , , ,..•..‘•• ,, .• • . ' . . . . 4 (% Ir. - '...... '4,6 's ,..:t..V.: ..,(,:. • ✓„,,,, ••),.; ,r l•, t d., •ij M , @ r i; „ • .,:v,").. J „'-.••4' • -f •-•".•,.4. a•_ • 7• t•s• , i,. • .. .„ . , ',", i ; ., ; + i;,:.,,,t';‘- '` �'` Q 3 • • ate y`�ik a + V ..• ,,, ,„.., .,,, -,,,t,,,, ,I. -, * - — .‘'....,' 4„%,' •-•'./ ,"*".k..* /,i ' .. .1414i;''•' -•.**1 . te- r { M .! •� r•�, .•' •....-1-`_-.„----!,,4** t•1) -,.f �'. • ` . } i• •» ~ •'i *.,...,.:' . ,, .,.--,:'''\. x` a • •�.• Area 1 \. 1 0 ).*:.4:e ' *1*. r , t4 „- - • . il 4f/ ' *4 I V . ‘`_. , dr,'44,...'',.'''.!tt...:*4...„, , i ,,,,„ ' Poen M Area 5B P A G E 3 • II lir City of Rancho Palos Verdes Engineering Design Services for g � g ONS�; s L T G Residential Streets Rehabilitation Project for Fiscal Year 12-13, Areas 1 and 58 Project Commencement Sunbeam Consulting will meet with City staff to review the project scope of work in detail, finalize document formats, and review the project schedule. Sunbeam will review existing City and utility records, including street improvement, traffic, and storm drain plans, base maps, GIS data, and tax assessor maps. We will establish coordination with the City's designated representative for field investigation and design questions and commence work immediately upon approval. We would like to begin work as soon as practicable to meet the City's design completion date of June 1 for this project. We will attend bi-weekly meetings with the City throughout the design effort. Field Inventory and Pavement Analysis Sunbeam Consulting will conduct a field investigation and inventory of existing and proposed improvements throughout the project areas. We will coordinate with City staff during the field work to discuss and clarify the intent for construction. We will discuss our field findings with the City, review the various alternatives available for construction improvements and rehabilitation, and based upon these discussions, provide a written report of recommendations for design. Our field investigation work will include: ✓ Evaluation of conformance to current Americans with Disabilities Act (ADA) requirements, including curb access ramps at intersections and crossings. Note that, depending on the level of construction work performed, federal regulations require that the project area be brought into conformance with current ADA standards. ✓ Notation of sidewalk and driveway deficiencies including displacements, severe cracking, and potential trip hazards. y Notation of curb,gutter, and cross gutter deficiencies including displacements and ponding. ✓ Curb drains will be noted where they are included in sidewalk or curb and gutter replacement work. • Evaluation of pavement condition, including pavement and base failures, cracking, ponding and displacement. Analysis of possible rehabilitation methods considering cost,time of construction, and expected longevity. Recording of proposed pavement remove and replace (R&R) locations and sizes. _r Notation of damage caused by tree root intrusion. ✓ Recording of other noticeable deficiencies such as sidewalk obstructions or intrusions, damaged equipment, and broken utility covers. ✓ Notation of valves and manholes that will need to be adjusted to grade. • Recording of all existing signs and sign posts, and verification that signs meet current MUTCD requirements. r Record traffic signal loop detectors. Record existing pavement striping and markings, and verify if they meet current MUTCD standards. P All items will be noted on our field review checklist by street address, on a field map, and discreetly A marked where appropriate. Upon conclusion of the field work, or intermittently as work is completed, G E 4 i j g g City of Rancho Palos Verdes Engineering Design Services for NSL T , ti� Residential Streets Rehabilitation Project for Fiscal Year 12-13, Areas 1 and 56 cOUwe will meet with City staff to review our findings, and preliminary construction quantities and costs. Items requiring further investigation by City staff will be discussed. Areas with significant tree root intrusion will be provided for review by the City Arborist for recommendation. Preliminary Design Sunbeam Consulting will meet with the City to review the findings of our field investigation, and discuss the various pavement rehabilitation alternatives available. We will discuss the various factors including construction cost, time of construction, finished appearance, inconvenience during construction, and expected longevity. We expect to consider the various slurry seal products (Type I, Type iI, and latex rubber content); microsurface; conventional and rubber asphalt concrete overlays; full depth asphalt concrete; and related application rates and material specifications. Sunbeam Consulting will develop the preliminary design plans based upon the provided electronic base map, field investigation, and project review with the City. Except for streets requiring complete or extensive reconstruction, the street construction plans will be depicted in plan view at a scale of 1"=40`, or as necessary for clarity [Note: Depending on the final scope of work, a less detailed plan scale may be more appropriate for depiction of the project as whole. We will review the best layout options for the project with City staff during the design effort]. Construction limits will be hatched to depict the pavement rehabilitation method, and will include R&R locations, and tables showing concrete construction work. Addresses will be shown for each lot for reference. Striping and signing plans will include work related to street signs and posts, pavement striping, markings, raised pavement markers, and traffic signal loop detectors. Detailed striping plans will be provided as needed for clarity. The preliminary design will be submitted to the City, along with the preliminary cost estimate for consideration and review. Plans, specifications and estimate will be based on City provided "boilerplate" and reference documents. Sunbeam will review the recommended design alternatives with the City, and discuss cost savings strategies, such as separating the project into two separate bids, one focused primarily on concrete construction,followed by paving work. Final Design Based upon review of the preliminary design, Sunbeam will prepare the final project Plans, Specifications and Estimate. Plans will include the following sheets: • The Title Sheet will include the project title, project number, DIgALert information, Sheet Index, Best Management Practices notes,Vicinity Map, Location Map, and signatures. ✓ The Index Map will provide an overview of the entire project area, with an index to the detailed plan sheets. • Detail Sheets will include relevant plan details and information that is in addition to referenced Standard Plans, and Typical Sections.A detail of the curb ramp alternatives and pay limits will be provided. • Street Improvement plan sheets will include pavement rehabilitation limits depicted by unique P hatching/shading patterns; R&R locations; tables listing concrete work, valve and manhole A adjustments;tree,tree root locations; speed humps; and drainage notes. � E 5 1111 \ City of Rancho Palos Verdes Engineering Design Services for ONSY P. Residential Streets Rehabilitation Project for Fiscal Year 12-13, Areas 1 and 5B .1, Striping and Signing plans will include depiction of all striping, markings, and raised pavement markers; traffic signal loop detectors; and Construction Notes. Work for installing street signs and posts will be included on separate plan sheets if needed for clarity. y Plan & Profile sheets will be developed for streets requiring full or extensive reconstruction work. The project plans will include specific references to existing pavement type, thickness, and if pavement fabric is present. Overlay work will note requirements for grinding and levelling course construction. Slurry and microsurface work will include requirements for pavement preparation and crack sealing. The construction plans will be prepared in AutoCAD format, printed and signed on 24"x36" bond sheets. Electronic files will be provided in .dwg and .pdf format. The final "As Built" plans will be printed and signed on 24"x36" mylar sheets. Project specifications will include technical specifications and special provisions describing the requirements for each bid item and construction requirement. Each bid item will be listed separately, and include a description of work, material requirements, and description of payment unit and method. The specifications will include a construction schedule, which will account for City holidays, street sweeping, trash collection, school calendar, and special events or restrictions. The specifications will include specific requirements for conforming to stormwater pollution protection. Specifications will be prepared with Microsoft Word, printed and signed on 8.5"x11" bond paper. Electronic files will be provided in .doc and .pdf format. The Engineer's Estimate will include each bid item, quantity, and estimated cost base on similar recent construction bids. The Estimate will be prepared with Microsoft Excel, printed on 8.5"x11" bond paper. Electronic files will be provided in .xls and .pdf format. Construction Phase Sunbeam will support the City throughout the bid period as needed to answer questions, respond to Requests for Information (RFI's), and prepare bid addenda. We can assist the City in reviewing the bids and recommending award. We will attend the preconstruction meeting. Sunbeam will be available to assist the City during construction if needed to respond to RFI's and answer design related questions. Survey Monumentation Sunbeam Consulting will work with KDM Meridian to develop a comprehensive search and database of existing survey monuments located within the project limits, and that may be affected by the proposed work. Findings will be provided to the City. We will discuss options for the protection or re- P establishment of monuments during and after construction, with the goal of providing the most cost A G E 6 • 4111 City of Rancho Palos Verdes Engineering Design Services for � g a 0 NT , Residential Streets Rehabilitation Project for Fiscal Year 12-13, Areas 1 and 5B effective and legally conforming end product. All monuments that are set shall be documented and provided to the County Surveyor for recording. The nature of existing monumentation is not exactly known at this time. Work to ascertain the current condition, and the legal requirements for reestablishing survey monuments, is estimated only. The estimate may be conservative, and it is likely that the actual cost for monumentation services may be less than noted. We are ready and willing to provide any such necessary surveying work, and to discuss the particular details and legal requirements with City staff. KDM's proposed scope of work includes the following: Project Understanding The proposed 2012-2013 Residential Streets Rehabilitation Project (limits shown in RFP) will require monument preservation/perpetuation in accordance with statutes (e.g. CAL BPC. Code § 8771). Per the City's RFP, it is requested that all survey monuments within the projects areas be identified, restoring any monuments damaged or covered following construction, and filing appropriate documents with the Los Angeles County Surveyor's office for recordation. The existing conditions of the monuments (i.e. already buried, lost, disturbed, or at existing surface) is unknown, making the establishment of a cost to comply with the monument preservation/perpetuation complex. It is also not known at the time of this proposal which areas will be recommended for slurry seal, overlay, PCC ramps, curb & gutter replacement, etc. We can only an estimate a total for these items, as detailed below. The process of executing this preservation/perpetuation project begins with a complete research of record documents and maps at the City and County offices to determine the potential position of all monuments and references (ties). The majority of the proposed improvements for these project areas consists of both slurry and overlay improvements, each of which hos unique considerations. Consideration must also be given to property line monuments on existing curb reaches that may be identified for improvements. In the slurry reaches of the project, for an existing surface monument that is identified and of record, the project surveyor will direct the city's contractor to place a protective "patch"to be removed after construction so that the character of the existing monument is not changed. A corner record may be required dependent on the existing ties, existing records, and the results of measurements mode. Non-record monuments will be treated similarly, but o corner record must be filed with ties to enter it into the record. In the overlay reaches of the project, for any existing surface monument a corner record will be filed and the original monument will be physically removed if less than 3" below the adjacent finish surface. After construction a new monument will be set in the finished surface of construction and another corner record will be filed describing the final character of the monument and ties. A G E 7 • 410 City of Rancho Palos Verdes Engineering Design Services for ON N S T : ,� Residential Streets Rehabilitation Project for Fiscal Year 12-13, Areas 1 and 5B Throughout the entire project, any previously and currently buried monuments will require the labor intensive removal of asphalt with hammer and chisel to expose the monument. A corner record will be filed and the original monument will be physically removed if less than 3"below the adjacent finish surface. After construction a new monument will be set in the finished surface of construction and another corner record will be filed describing the final character of the monument and ties. The depth of a buried monument can greatly affect the time required to expose the monument by removing the asphalt without damaging the monument. If a monument, either surface or buried and exposed, is found to have been disturbed or lost (missing and no immediate evidence to locate), the re-establishment of the monument may require unknown additional effort including surveys of relationship to adjacent controlling elements and possibly including a record of survey to be fled. Where a hole in the existing pavement exists or is created in exposing a buried or disturbed/lost monument position, the City will direct that the Contactor leave a stable and permanent surface for the new monument to be set through appropriate construction methods (e.g. asphalt removal and patch). Area 1 has forty seven (4 7) streets with an estimated one hundred and fifty (I 50) monuments Area SB has twenty nine (29) streets with an estimated fifty (50) monuments Scope of Services I. Research & Preparation a. Perform record research with the County Surveyor and City of Rancho Palos Verdes. b. Organize collected documents/maps for efficient field inventory. ii. Pre-Construction Preservation/Perpetuation a. Field identify/expose existing monuments, their condition (on surface, buried, destroyed/disturbed/missing), and adjacent ties. b. Set ties and remove monuments as necessary. c. Present an exhibit for surface monuments in slurry reaches for Contractor and Inspector to ensure monuments are protected from slurry material. d. Prepare and file corner records as necessary. Ill. Post-Construction Preservation/Perpetuation a. Reset new monuments in finished surface. b. Review and ensure existing surface monuments were protected from slurry material. c. Prepare and file corner records as necessory. Assumptions • This project covers centerline monumentation and property monuments that may be set in existing curbs that is shown on recorded maps, corner records, or other documents available with the County Surveyor or City of Rancho Palos Verdes. P A G E 8 . . • • , . ,-.2., 1 g _ City of Rancho Palos Verdes a En � � Engineering g Desi n g Services for o N S J Y �, Residential Streets Rehabilitation Project for Fiscal Year 1243, Areas 1 and 5B PROJECT EXPERIENCE Torrance Boulevard Rehabilitation,T-43/44 Torrance, CA - ._ .. . . .. srs, i * --..„--. - . ..0(--...k.:‘.4:, ., - Consultant Cost: $81,905 'w= - `'`�'R 1,p' .. • ��S r c� ,,.e—._. Construction Cost. $832,789 Ownerx:. City of Torrance ` � Completion Date: July 2011 ,» -:-.:!7'---,• I Construction Manager: Derry MacMahon , a - Construction Observer: Cris Cole s. ,i , Contact: Elizabeth Overstreet '1 wv,r, F F I� ,� w . '� x; a r r yy,; r t a 'r, ,r CityEn ineer ;;;;:**!,.14.4"44',,,, , ,,,„,.' 9 �r Ff �'z .' r I'Nw^C r.V�� [ �,� ',,-7t%,"4"-' r s/ �', 310.618.3074 ''''''r,;4'1"'"'''' ';, �, -- The scope of work consisted of the grinding and removal of existing pavement, concrete and asphalt paving, pavement slurry seal, removal and reconstruction of sections of the street, construction of curb and gutter, sidewalks, driveways, ADA ramps, irrigation and landscaping of existing medians, striping and adjustment of utilities and other work. In addition to the above the project involved the removal and replacement of 50,500 SF of residential sidewalks, and the removal and replacement of cross gutters at 9 intersections. Street Improvements &Traffic Signal Upgrades on Crenshaw Blvd & 120th Street Hawthorne, CA Consultant Cost: $90,000 _ Construction Cost: $4,693,000 ., 3 , _ Owner: City of Hawthorne ` 4 .t f` y — +., 1..•f Completion Date: January 2011 $ _ � �e,;: � �. ,�` �_) Contact: Mr. Arnold Shadbehr, P.E. � _ - T' 7lI M Director of Public Works/ x o - "` ,.� -yy...-- City E Engineer nay; . ti • Beer t ., Y,. �, (949) 768-0731 -/ -� /r,,,r, , 4,"':-.; x.w. rr, Construction Manager: Derry Mac Mahon44443 x,��?-,,� sm� -, • Funding Source: HPLUL5 ': - Construction Management & Inspection Services for the upgrade of traffic signals at the following intersections: Crenshaw Boulevard / 120'h Street, Crenshaw Boulevard. / Jack Northrop Avenue, Crenshaw Boulevard / El Segundo Boulevard, Prairie Avenue / 120th Street, 120th Street / Doty Avenue and 120" Street/Van Ness Avenue. In addition to the above work the following sections of street were upgraded: Crenshaw Boulevard between the 105 Freeway and 135th Street and the section of 120`h Street between Prairie Avenue and east of Van Ness Avenue. New raised landscaped medians were P constructed along Crenshaw Boulevard. A G E 9 • • iiid14 in City of Rancho Palos Verdes Engineering Design Services for ONST , Residential Streets Rehabilitation Project for Fiscal Year 12-13, Areas 1 and 5B City Wide Street Improvement Project Hawthorne, CA -. !"' ',. % ' , Gil ` All . - . 4 i Construction Cost: $2,300,000 r Owner: City of Hawthorne - t " p May 2011 Completion Date: a r. � OP .} Contact: ''' f , '"''4` -- Contact: Farokhi * _ .. M yJK�. `Senior Engineer (310) 349-2983 r/ � Jv�tn<Yyua/, y6 d47i /::!�� 4% 6�/F •mss IiJyrrit, tConstruction Manager: Derry MacMahon �.Hy��,x Construction Inspector: Scott Neumann . - Funding Source: ESPL ', r 1 KOA provided Construction Management: and Observation for street and sidewalk rehabilitation__ street a ehab litation at multiple sites in the City of Hawthorne. This project removed and replaced curb ramps, iG .', i Vii :. driveways and sidewalk, a grind and overlay with ARHM, new - "ti • ... ! signage and striping and the construction of new landscaped r`" " �y medians. The project area consisted of Rosecrans Boulevard from Crenshaw Blvd to Prairie Ave; Prairie Avenue from the 105 Freeway to El Segundo Blvd; 135`h Street from Hawthorne Blvd to Inglewood Blvd. This was a federally funded project. Harbor Boulevard Rehabilitation Project; Harbor Boulevard &La Habra Boulevard Improvement Project La Habra, CA Cost: $2,400,000 Owner: City of La Habra1 --� Completion Date: September 2009 _ - Contact: Sam Makar -.* -- - - . _ Senior Civil Engineer - (562) 905-9720 1 r- ' `. : Project/Const Manager: Chuck Stephan, P.E. f Construction Observer: Mauricio Zeledon, P.E. -- _ '^is fir Q.a.✓u,.+#•w++-..:<. ,.. Construction Observer: Nicolas Hsieh, P.E. Funding Source: STPL This federally-funded STPL project rehabilitated one mile of Harbor Blvd from Lambert Rd to Whittier Blvd, and improved the intersection at La Habra Blvd by widening the street and installing additional right and left turn lanes. This project was constructed in conjunction with a Rule 20 utility undergrounding project, and commercial improvements at adjoining properties. Work included storm drain box culvert; storm drains; curb, gutter, sidewalks, driveways; water pipelines, meter and fire hydrant relocations; bore casing under railroad right-of-way; traffic signals; pavement construction and P asphalt rubber hot mix overlay. A G E 10 • • \ '> City of Rancho Palos Verdes Engineering Design Services for CONU L T , N G Residential Streets Rehabilitation Project for Fiscal Year 12-13, Areas 1 and 5B Crenshaw Boulevard Improvements Torrance, CA Construction Cost: $2,000,000 l -� Consultant Cost: ' $92,665 _* Owner: _ Completion Date: May 2010 Contact: Elizabeth Overstreet �d� y �� a(wy fi'sA City Engineerw. 310.618.3074 Project Manager: Chuck Stephan, P.E. Construction Observer: Crispen Cole Alt. Const. Observer: Don Wren Jr. Funding: ARRA r KOA provided Construction Inspection services for the City of Torrance for street improvements to Crenshaw Blvd from Maricopa Street to Sepulveda Boulevard. Specific improvements include AC pavement reconstruction, repair, and overlay; replacement of damaged curb, gutter, and sidewalks; and construction of ADA curb access ramps. The project will be constructed with, and in compliance with, federal-aid American Recovery and Reinvestment Act (ARRA) of 2009. The scope of work includes daily record keeping and inspection, weekly notes and reports, photographs, change order and Request for Information coordination, DBE/UDBE monitoring, Quality Assurance Program (QAP) implementation, City and utility coordination. Valley Drive and Aviation Blvd Manhattan Beach, CA , . < Consultant Cost (Valley Drive): $350K �' Consultant Cost (Aviation Blvd) $120K Owner: City of Manhattan Beach = ' 3Pr; , Start Date: November 2009 ' ,t ' Completion Date: March 2010 Contact: Steve Finton, P.E rr 5 rr r City Engineer ,, 'tr'rfy^ivy (310)802-5352 • ,rL 'iiy'�N/r:9 „MProject Manager: Chuck Stephan, P.E. Assistant Project Manager: Christine Kaskara, P.E. Construction Observer: Cris Cole rai • 1. y qr:'� KOA provided Construction Engineering and Project Management services for the City of Manhattan Beach for these two projects including rehabilitation of Aviation Boulevard from Marine Avenue to Manhattan Beach Boulevard, and Valley Drive from 1St' Street to Sepulveda Boulevard. The worked included asphalt pavement milling and overlay, localized reconstruction, utility adjustments, striping and P markings, and other incidental work. Both of these projects were funded with ARRA grants. A G E 11 . . • • , . . --! L. . City of Rancho Palos Verdes A Engineering Design Services for II G �, T , Residential Streets Rehabilitation Project for Fiscal Year 12-13, Areas 1 and 5B Annual Street Overlay Project 2010 Rancho Palos Verdes, CA b -. - • Cost: $1.3 million w ,,y 1 Owner: City of Rancho Palos Verdes ,�' , r- Completion Date: 2010 ,.,,.. r t Contact: Nicole Jules, P.E. Senior Engineer :M4 .. �--� .. ' (310)377-0360 „ y A ill Principal-In-Charge: Chuck Stephan, P.E. Project Manager: Chuck Stephan, P.E. Design Engineer: Nicolas Hsieh, P.E. Construction Manager: Chuck Stephan, P.E. Construction Observer: Cris Cole, P.E. KOA Consulting provided project and construction management services for the City of Rancho Palos Verdes 2010 pavement rehabilitation project, which included street repairs consisting of Cape Seal, slurry seal, and reconstruction, ADA improvements, PCC curb, gutter, sidewalk and driveway repairs, signage, and striping. This $1.3 million project rehabilitated 92 residential and collector streets (15 miles). Annual Street Overlay Project 2006 &2007 Rancho Palos Verdes, CA Cost: $1,487,000 -.�_. �4 Owner: City of Rancho Palos Verdes ,.vJot i Completion Date: 2006 & 2007 �''`.%- �' .— j.....Z.... ,,` Contact: Ron Dragoo, Senior Engineer T g g �r--- (310)544-5246 Principal-In-Charge: Chuck Stephan, P.E. Project Manager: Alan Braatvedt Construction Manager: Derry Mac Mahon Construction Observer: Kevin Klaus, P.E. Responsible for contractor coordination, documentation and controls including preliminary notices, invoicing, submittals, certified payrolls, releases, etc. Also conducted and documented regular meetings and dealt with the numerous public relations issues. Closed out the project and filed the Notice of Completion. P A G E 12 • • a \ / City of Rancho Palos Verdes Engineering Design Services for N , LT , ,� Residential Streets Rehabilitation Project for Fiscal Year 12-13,Areas 1 and 5B McCarrell Canyon Rancho Palos Verdes, California APWA Southern California Chapter Project of the Year 2009— Water& Wastewater • Construction Cost: $5,000,000 Owner: City of Rancho Palos Verdes p Completion Date: April 2010 fy Contact: Ron Dragoo Senior Project Engineer t,,yy,y , < ::: - 310.5 44.5 2 46 Project Manager: Alan Braatvedt �� H �_ J A` x � This major storm drain project was for the pipeline installation to convey water from the steep McCarrell Canyon through 3,000-feet of pipeline to the beach in the City of Rancho Palos Verdes. KOA was involved in the development of the concept design, selection of wav. the design engineering firm and managing the project all the way 4N11 " � • _ �` ` through the design phase. The design was developed oped into an extremely innovative design with numerous fail- safe components. '1)4%, ' x•x:° The main components of the project are: A large intake structure; ... - 500-feet of 54-inch CMP; 2,300-feet of 66-inch steel pipe and a 300- foot slant drain through the bluff to the beach, constructed in a tunneling operation. Arterial Roads Rehabilitation Project Fiscal Year 2010-2011 Rancho Palos Verdes, California Consultant Cost: $70,000 Construction Cost: $2 million Owner: City of Rancho Palos Verdes Completion Date: July 2011 • - , Project Manager: Chuck Stephan, P.E. Design Engineer: Chuck Stephan, P.E. Nicolas Hsieh, P.E. Contact: Nicole Jules, P.E. Senior Engineer 310.544.5275 Prepared Plans, Specifications and Estimate for the rehabilitation of Palos Verdes (PV) Drive South in the City of Rancho Palos Verdes. PV Drive South is a challenging arterial highway winding along the bluffs of the Palos Verdes peninsula overlooking the Pacific Ocean. The street varies from a fully developed 4 lane P divided highway with bicycle path, to a 2 lane highway over unstable creeping subgrade soils. A Rehabilitation strategies included selective removal and replacement (R&R) areas, asphalt rubber hot � E 13 • 1 City of Rancho Palos Verdes Engineering Design Services for Residential Streets Rehabilitation Project for Fiscal Year 12-13, Areas 1 and 5B mix (ARHM) and conventional asphalt overlays, and microsurface application. Work included the relocation and improvement of bus pads and shelters, retaining walls, PCC repairs, striping and markings. A comprehensive traffic sign field review and replacement plan was prepared to bring all traffic signs into uniformity and conformance with MUTCD requirements. Storm Drain Structural Lining CIPP Rehabilitation Project Rancho Palos Verdes, California • Construction Cost: $356,151 ,M Owner: City of Rancho Palos Verdes7tr ° . Completion Date: April 2009 � Contact: Ron Dragon •! --I Senior Project Engineer 5 � _ 310.544.5246 ' '- Project Manager: Kevin Klaus Construction Inspector: Scott Neumann - -{ e. "`+ KOA provided Construction Management and Inspection Services for the Strom Drain Structural Lining Project for the City of Rancho Palos Verdes. The scope of work for this project included Video inspection of 5066 LF of storm drain lines; 1712 LF of cleaning in the existing storm drain lines; and installation of structural lining in 2400 LF of existing storm drain line. The City of Rancho Palos Verdes is highly dependent upon a system of inlets, outlets, and corrugated metal pipes (CMP) to drain the terraced communities of this oceanfront peninsula. This project was part of the City's storm drain rehabilitation project and involved the rehabilitation of numerous CMP storm drains throughout the City. KOA managed the evaluation of the existing system, pipe preparation, and installation of new cured in place pipe materials. This work will extend the life of storm drain lines that were determined to be most deteriorated and at risk of failure. P A G E 14 0 0 w L ' City of Rancho Palos Verdes I j Engineering Design Services for a g � COT I �;G Residential Streets Rehabilitation Project for Fiscal Year 12-13, Areas 1 and 5B KEY PERSONNEL CHUCK STEPHAN, PE, LEED AP Vice President Education Principal/ Design Engineer/ Project Manager BS, Agricultural Engineering, California Polytechnic State University, San Luis Obispo (1982) Professional Experience Chuck Stephan has over twenty-five years of extensive experience in civil engineering design and project Year Entered Profession management on projects for many municipalities and 1982 private firms. He has diverse project experience in planning, design, management, and construction of transportation, Registrations educational, institutional, industrial, aerospace, municipal, Prof. Engineer (Civil) CA #C50481 residential and commercial projects. Mr. Stephan works in (1993) multiple capacities as Principal-In-Charge, project manager, Prof. Engineer (Civil) OR #1872PE project engineer, lead engineer, design engineer, and (1995) construction engineer in both the civil and construction Prof. Engineer (Civil) HI # PE-8432(CE) management disciplines. 1996) • Specializing in Project Management, Civil LEED Accredited Professional (2007) Engineering Design, and Construction Management Professional Affiliations for municipal Capital Improvement Projects, including pavement design and rehabilitation; ADA American Public Works Association improvements; water pipelines; storm drain and American Society of Civil Engineers sanitary sewers; medians and landscaping; parking lots; site improvements; plan checking; NPDES requirements. • Providing staff assistance to municipal engineering departments on temporary or part-time basis as needed; provide staff training in project management, design, and construction management skills. • Manage various funding sources including local, state, and federal-aid projects; SR2S; SRTS; STPL; various grant applications and reimbursement requests. Project Experience City of La Habra Engineering Services — Program Management, Project Management, Design, Construction Management, La Habra, CA 2003 to Present: Provided engineering services to the City of La Habra Department of Public Works for the management, design, and construction of various public works capital improvement projects and studies. Projects included: Annual pavement rehabilitation P projects, Annual water main replacement projects A G E 15 City of Rancho Palos Verdes des Engineering Design Services for ONSL T , Residential Streets Rehabilitation Project for Fiscal Year 12-13, Areas 1 and 5B • Arterial rehabilitation projects with federal-aid funding • Intersection improvements with federal-aid funding • Pedestrian facilities (Curb, gutter, sidewalk,ADA ramps) with Safe Routes to School funding • Alley reconstruction with CDBG funding • Plan checking ♦ Bid Assistance • Federal-aid reimbursements • Park facility ADA improvements, athletic fields, survey staking • Storm drain improvements City of Torrance Engineering Services — Program Management, Project Management, Design, Construction Management 2000-2003: Interim Project Manager. Provided engineering services to the City of Torrance Department of Public Works for the management, design, and construction of various public works capital improvement projects and studies. Projects included: • Annual pavement rehabilitation projects • Annual water main replacement projects • Arterial rehabilitation projects with federal-aid funding • Street widening and intersection improvements with federal-aid funding ♦ Pedestrian facilities • Plan checking • Bid Assistance • Federal-aid reimbursements • Storm drain improvements Brea Standard Drawings, Brea, CA Engineering Standard Plans and CADD Standards, La Habra, CA Pavement Rehabilitation and Improvement Projects Residential & Arterial Overlay 2011 Design, Thousand Oaks, CA Sun Valley FDA Public Improvement Project, Los Angeles, CA Arterial Roads Rehabilitation Project Fiscal Year 2010-2011, Rancho Palos Verdes, CA Sepulveda Boulevard Pedestrian Improvements, Culver City, CA City of Hermosa Beach pavement rehabilitation projects, Hermosa Beach, CA Myrtle Area Improvements, Hermosa Beach, CA Ardmore Avenue Rehabilitation and 21st Street Rehabilitation Projects, Hermosa Beach, CA City of Torrance pavement rehabilitation projects, Torrance, CA 190th Street Reconstruction Project, Torrance, CA Community Redevelopment Agency of Los Angeles pavement rehabilitation, Los Angeles, CA City of Signal Hill Cherry Avenue Improvement Project, Signal Hill, CA Residential Overlay and Slurry Seal, Rancho Palos Verdes, CA A G E 16 City of Rancho Palos Verdes Engineering Design Services for Residential Streets Rehabilitation Project for Fiscal Year 12-13, Areas 1 and 5B City of Los Angeles Warner Center Transit Hub, Los Angeles, CA City of La Canada various street improvements Verdugo Boulevard Street Improvements, La Canada Flintridge, CA City of Gardena street improvements Street Rehabilitation Projects JN 742,743,745, Gardena, CA City of Malibu street and intersection improvements, Malibu, CA City of Hawthorne street and intersection improvements Off-Site Pedestrian and Traffic Improvements, Culver City Redevelopment Agency, Culver City, CA Lambert Road Rehabilitation Project, La Habra, CA Sidewalk and ADA Improvement Projects City of La Canada sidewalk and ADA curb access ramp improvements, La Canada Flintridge, CA Community Redevelopment Agency of Los Angeles sidewalk and ADA curb access ramp improvements Los Angeles, CA Sidewalk Repair and ADA Ramp Project, La Habra, CA Water Main Improvement and Replacement Projects City of Torrance residential water main replacements City of La Habra residential water main replacements, and transmission pipeline replacement Lambert Rd/Hacienda Rd Rehabilitation and Waterline Replacement Project, La Habra, CA Lambert Rd Sidewalk Gap Closure Project Phases 1 and 2; Lambert Rd and Beach Blvd Intersection Improvement Project, La Habra, CA Residential Streets and Alley Rehabilitation and Water Replacements Project, La Habra, CA Schoolwood Area Hydrogeological Investigation, La Habra, CA Parks Osornio Park Grading Improvements, La Habra, CA City of La Habra Portola Park softball fields, recreation paths, and playground facilities City of La Habra various parks ADA path improvements, playground facilities, and ballfield grading and staking City of La Canada recreation and equestrian trail stabilization and improvements Parking Auto Center Sign, Buena Park, CA Various Parking Lot Rehabilitation Projects, Buena Park, CA Various Parking Lot Rehabilitation Projects, West Hollywood, CA Spaulding Parking Lot Project, West Hollywood, CA City of La Habra community center overflow parking lot City of Torrance City Hall parking lot Blend and Van Ness Schools Resurfacing Projects, LAUSD, Los Angeles, CA P A G E 17 �-� City of Rancho Palos Verdes Engineering Design Services for COU NS ` T , �, Residential Streets Rehabilitation Project for Fiscal Year 12-13, Areas 1 and 5B Plan Checking City of Buena Park arterial rehabilitation projects Public Facilities City of Hermosa Beach Maintenance Yard Improvements City of Hermosa Beach restroom replacement projects A&A Concrete facility Site Plans CityNet fiber optic installation project for the City of Los Angeles Pankow 415 Pacific Coast Highway Civil Improvements Bridges City of La Habra various minor bridge repair projects Bridge Repair and Inspection Project, La Habra, CA ADA Improvements City of Torrance ADA curb access ramp improvements 2006-present City of La Habra ADA curb access ramp improvements 2003-present City of La Habra city-wide ADA Assessment and Recommendation Report City of Rancho Palos Verdes Hesse Park ADA Assessment and Recommendation Report, Rancho Palos Verdes, CA City of Lake Forest ADA curb access ramp improvements 2008, Lake Forest, CA Additional Experience Capitol Improvement Projects, Portland, OR Aerospace Engineering and Project Management Department of Public Works, West Linn, OR: Department of Public Works, American Samoa Department of Public Works, Shafter, CA Department of Public Works, Glenn County, CA P A G E 18 ti City of Rancho Palos Verdes •, Engineering Design Services for OS TINResidential Streets Rehabilitation Project for Fiscal Year 12-13, Areas 1 and SB SCHEDULE ID Task Name Duration i Start Finish fl 1IAay June Uulyl €416.4/13 4/20 4/27.5/4;5/11.5/18 5125,6/1 618'6/1516/22 6/19 1 Notice to Proveed 1 day Fri 4/11/14 Fri 4/11/14; L 2 Civil Design Services 20 days Mon 4/14/14 Fri 5/9/14 I ' 342'i # Field Inventory/Pavement 10 days Mon 4/14/14 Fri 4/25/14 x Analysis 4 Review Existing Records 5 days Mon 4/14/14 Fri 4/18/14 ES 5 Prepare Construction Plans 20 days Mon 4/14/14 Fri 5/9/14 IONININI 6 Prepare Engineer's Estimates 20 days Mon 4/14/14 Fri 5/9/14 7 Prepare Technical Specifications 20 days Mon 4/14/14 Fri 5/9/14 111111111=0313 8 Award 6 wks Mon 5/12/14 Fri 6/20/14 � t 9 Pre-Construction Support 1 day Mon 6/23/14 Mon 6/23/14 • 10 Final Deliverables and As Builts 1 day Mon 6/23/14 Mon 6/23/14€ Task elinalEMMIN Inactive Summary Split Manual Task Milestone ♦ Duration-only �. .�.,..,,;...r City of Rancho Palos Verdes Summary Manual Summary Rollup Residential Rehabilitation Project Summary Manual Summary wrommomoommor Project(Area 1&5b) External Tasks Y 3 Y/ 1 Start-only C P External Milestone w Finish-only 3 A Inactive Task Progress Inactive Milestone Deadline ;� G E 19 ICity of Rancho Palos Verdes EngineeringDesign Services for g NST , ,�r Residential Streets Rehabilitation Project for Fiscal Year 12-13, Areas 1 and 5B REFERENCES City of Hawthorne 4455 W. 126th St. Hawthorne, CA 90250 Arnie Shadbehr, Public Works Director (310)349-2985 City of Hermosa Beach 1315 Valley Drive Hermosa Beach, CA 90254-3885 Frank Senteno, Public Works Director (310)318-0238 City of La Habra 201 E. La Habra Blvd La Habra CA 90633-0337 Sam Makar, Senior Civil Engineer (562)905-9720 City of Manhattan Beach 1400 Highland Avenue Manhattan Beach, CA 90266 Gilbert Gamboa, Senior Civil Engineer (310) 802-5352 City of Rancho Palos Verdes 30940 Hawthorne Blvd. Rancho Palos Verdes, CA Nicole Jules, Senior Engineer (310)377-0360 P A G E 20 i , City of Rancho Palos Verdes Residential Streets Rehabilitation Project FY 12-13 Areas 1 and 5B 5/13/2014 Item Amount Comments Field Inventory/ Pavement Analysis $ 13,500 Item 1-Civil Design Services (a) Review Existing Records $ 2,750 (b) Prepare Construction Plans $ 13,500 (c) Prepare Engineer's Estimates $ 1,000 (d) Prepare Technical specifications and Special Provisions $ 2,500 (e) Attend Pre-construction Meeting(s) $ 350 (f) Final Deliverables &As Builts $ 750 (g) Project Schedule $ 350 *Surveying provided by KDM (h) Project Surveying(NOTE: This Merdian for an estimated 450 proposed fee is an estimate and should monuments (300 surface, 150 be considered as an allowance only) $ 285,000 buried) TOTAL $ 319,700 Reconstruction-As-Needed Additve cost for Plan& Profile Sheets at 1"=40'Scale is$6,500 per sheet *Surveying Breakdown of Estimated Costs A. Existing Surface Monument 550 per each B. Existing Buried Monument 800 per each A. Existing Surface Monuments(est. 300 ea @ $550) $165,000 B. Existing Buried Monuments(est. 150 ea @$800) $120,000 • • i LKDM MERIDIAN 1 SURVEYING,MAPPING,AND LAND SERVICES March 26, 2014 P1403-02 v2 Mr. Chuck Stephan, P.E. Sun Beam Technologies 17601 South Denver Avenue Gardena, CA 90248 Subject: Survey Services Residential Streets Rehabilitation Project for Fiscal Year 12-13, Areas 1 & 5B Rancho Palos Verdes, CA Dear Chuck: KDM Meridian appreciates the opportunity to provide Sunbeam Tech with this proposal for surveying and mapping services. The following is our understanding of the work, project approach, scope and fees. Project Understanding The proposed 2012-2013 Residential Streets Rehabilitation Project (limits shown in RFP)will require monument preservation/perpetuation in accordance with statutes (e.g. CAL. BPC. Code§8771). Per the City's RFP, it is requested that survey monuments within the projects areas be identified, restoring any monuments damaged or covered following construction, and filing appropriate necessary documents with the Los Angeles County Surveyor's office for recordation. The existing conditions of the monuments (i.e. already buried, lost, disturbed, or at existing surface) is unknown, making the establishment of a cost to comply with the monument preservation/perpetuation complex. The process of executing this preservation/perpetuation project begins with a complete research of record documents and maps at the City and County offices to determine the potential position of all monuments and references (ties). The proposed improvements for these project areas consist of both slurry and overlay improvements, each of which has unique considerations. In the slurry reaches of the project,for an existing or created surface monument, the project surveyor will direct the city's contractor to place a temporary protective "patch"to be removed after construction (by contractor)so that the character of the existing monument is not changed. A corner record may be required dependent on the existing ties, existing records, and the results of 22541 Aspan Street, Suite C, Lake Forest, California 92630 Telephone: 949-768-0731 Facsimile: 949-768-3731 KDMMeridian.com Chuck Stephan, P.E. Page 2 of 3 Residential Streets Rehabilitation Project FY 2012-2013,Areas 1&56 KDMM P1403-02v2 measurements made. Non-record monuments will be treated similarly, but a corner record must be filed with ties to enter it into the record. In the overlay reaches of the project, for any existing surface monument a corner record will be filed and the original monument will be physically removed if less than 4" below the adjacent finish surface. After construction a new monument will be set in the finished surface of construction and a corner record will be filed describing the final character of the monument and ties. Throughout the entire project, any previously and currently buried monuments will require the labor intensive removal of asphalt to expose the monument. A corner record will be filed and the original monument will be physically removed if less than 4" below the adjacent finish surface.A new monument will be set in the current surface (in the case of slurry seal reaches) or after construction a new monument will be set in the finished surface of construction (in the case of overlay) and a corner record will be filed describing the final character of the monument and ties. The latter option above will require the contractor to patch any holes prior to slurry seal being applied.The depth of a buried monument can greatly affect the time required to expose the monument by removing the asphalt without damaging the monument. If a monument, either surface or buried and exposed, is found to have been disturbed or lost (missing and no immediate evidence to locate),the re-establishment of the monument may require unknown additional effort including surveys of relationship to adjacent controlling elements and possibly including a record of survey to be filed. Area 1 has forty seven (47)streets with an estimated 230 monuments Area 5B has twenty nine (29) streets with an estimated 220 monuments Scope of Services Research & Preparation a. Perform record research with the County Surveyor and City of Rancho Palos Verdes. b. Organize collected documents/maps for efficient field inventory. II. Pre-Construction Preservation/Perpetuation a. Field identify/expose existing monuments,their condition (on surface, buried, destroyed/disturbed/missing), and adjacent ties. b. Set ties and remove monuments as necessary. c. Present an exhibit for surface monuments in slurry reaches for Contractor and Inspector to ensure monuments are protected from slurry material. d. Prepare and file corner records as necessary. Ill. Post-Construction Preservation/Perpetuation a. Reset new monuments in finished surface. b. Review and ensure existing surface monuments were protected from slurry material. c. Prepare and file corner records as necessary. [ JKDM MERIDIAN Chuck Stephan,P.E. Page 3 of 3 Residential Streets Rehabilitation Project FY 2012-2013,Areas 1&SB KDMM P1403-02v2 • This project covers centerline monumentation only. • Project design will be provided prior to perpetuation and overlay will account for no more than 10%of the project limits. • Where a hole in the existing pavement exists or is created in exposing a buried or disturbed/lost monument position,the City will direct that the Contactor leave a stable and permanent surface for the new monument to be set through appropriate construction methods (e.g.asphalt removal and patch). Estimated Fees: A. Existing Surface Monument $550/per monument B. Existing Buried Monument $800/per monument • For the purpose of estimating we approximate there may be 450 monuments in these combined areas. KDMM will comply with prevailing wage rates requirements and submit certified payroll as requested. Thank you for this opportunity to provide surveying services to Sunbeam Tech. Please call if you have questions with any portion of this proposal or would like to add, remove, or change any scope items. Sincerely, Richard C. Maher, L.S. President P:\2014 Proposals\03-March\P1403-02\P1403-02v1.docx K D M M ERIDIAN • Exhibit "C": TERMS FOR COMPLIANCE WITH CALIFORNIA LABOR LAW REQUIREMENTS 1. Consultant acknowledges that the project as defined in this Agreement between Contractor and the City, to which this Terms for Compliance with California Labor Law Requirements is attached and incorporated by reference, is a "public work" as defined in Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code ("Chapter 1"). Further, Consultant acknowledges that this Agreement is subject to (a) Chapter 1, including without limitation Labor Code Section 1771 and (b)the rules and regulations established by the Director of Industrial Relations ("DIR") implementing such statutes. Consultant shall perform all work on the project as a public work. Consultant shall comply with and be bound by all the terms, rules and regulations described in 1(a) and 1(b) as though set forth in full herein. 2. California law requires the inclusion of specific Labor Code provisions in certain contracts. The inclusion of such specific provisions below, whether or not required by California law, does not alter the meaning or scope of Section 1 above. 3. Pursuant to Labor Code Section 1773.2, copies of the prevailing rate of per diem wages for each craft, classification, or type of worker needed to perform the Agreement are on file at City Hall and will be made available to any interested party on request. Consultant acknowledges receipt of a copy of the DIR determination of such prevailing rate of per diem wages, and Consultant shall post such rates at each job site covered by this Agreement. 4. Consultant shall comply with and be bound by the provisions of Labor Code Sections 1774 and 1775 concerning the payment of prevailing rates of wages to workers and the penalties for failure to pay prevailing wages. The Consultant shall, as a penalty to the City, forfeit two hundred dollars ($200) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the DIR for the work or craft in which the worker is employed for any public work done pursuant to this Agreement by Consultant or by any subcontractor. 5. Consultant shall comply with and be bound by the provisions of Labor Code Section 1776, which requires Consultant and each subcontractor to: keep accurate payroll records and verify such records in writing under penalty of perjury, as specified in Section 1776; certify and make such payroll records available for inspection as provided by Section 1776; and inform the City of the location of the records. 6. Consultant shall comply with and be bound by the provisions of Labor Code Sections 1777.5, 1777.6 and 1777.7 and California Administrative Code title 8, section 200 et seq. concerning the employment of apprentices on public works projects. Consultant shall be responsible for compliance with these aforementioned Sections for all apprenticeable occupations. Prior to commencing work under this Agreement, Consultant shall provide City with a copy of the information submitted to any applicable apprenticeship program. Within sixty (60) days after concluding work pursuant to this Agreement, Consultant and each of its subcontractors shall submit to the City a verified statement of the journeyman and apprentice hours performed under this Agreement. 7. Consultant acknowledges that eight(8) hours labor constitutes a legal day's work. Consultant shall comply with and be bound by Labor Code Section 1810. Consultant shall comply with and be bound by the provisions of Labor Code Section 1813 Exhibit "C" R6876-000111656345v1.doc Agreement for Design Professional Services • • concerning penalties for workers who work excess hours. The Consultant shall, as a penalty to the City, forfeit twenty-five dollars ($25) for each worker employed in the performance of this Agreement by the Consultant or by any subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one (1) calendar day and forty (40) hours in any one calendar week in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the Labor Code. Pursuant to Labor Code section 1815, work performed by employees of Consultant in excess of 8 hours per day, and 40 hours during any one week shall be permitted upon public work upon compensation for all hours worked in excess of 8 hours per day at not less than 11/2 times the basic rate of pay. 8. California Labor Code Sections 1860 and 3700 provide that every employer will be required to secure the payment of compensation to its employees. In accordance with the provisions of California Labor Code Section 1861, Consultant hereby certifies as follows: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." 9. For every subcontractor who will perform work on the project, Consultant shall be responsible for such subcontractor's compliance with Chapter 1 and Labor Code Sections 1860 and 3700, and Consultant shall include in the written contract between it and each subcontractor a copy of those statutory provisions and a requirement that each subcontractor shall comply with those statutory provisions. Consultant shall be required to take all actions necessary to enforce such contractual provisions and ensure subcontractor's compliance, including without limitation, conducting a periodic review of the certified payroll records of the subcontractor and upon becoming aware of the failure of the subcontractor to pay his or her workers the specified prevailing rate of wages. Consultant shall diligently take corrective action to halt or rectify any failure. 10. To the maximum extent permitted by law, Consultant shall indemnify, hold harmless and defend (at Consultant's expense with counsel reasonably acceptable to the City) the City, its officials, officers, employees, agents and independent contractors serving in the role of City officials, and volunteers from and against any demand or claim for damages, compensation, fines, penalties or other amounts arising out of or incidental to any acts or omissions listed above by any person or entity (including Consultant, its subcontractors, and each of their officials, officers, employees and agents) in connection with any work undertaken or in connection with the Agreement, including without limitation the payment of all consequential damages, attorneys' fees, and other related costs and expenses. All duties of Consultant under this Section shall survive termination of the Agreement. Exhibit "C" R6876-0001\1656345v1.doc Agreement for Design Professional Services